Você está na página 1de 52

r",

Saudi Electricity Company


CONTRACT No. 11031147/00
CONSTRUCTION OF 380KV OHTL FOR
QASSIM - 4 SIS
Contents:
1. Instructions to Bidders (Commercial Proposal
and Technical Proposal)
2. Bid Form and Pricing Attachments
3. Proforma Contract (Signature Pages, Schedules
"A", "B", & "C"; and Pricing Attachments)
4. Scope of Work and Technical Specifications
(PTS-10C0319)
r'\
Saudi Electricity Company
INSTRUCTIONS TO BIDDERS
COMMERCIAL PROPOSAL
----
...
Saudi Electricity Company
INSTRUCTIONS TO BIDDERS
COMMERCIAL PROPOSAL
CONTRACT NO. 11031147/00
1. BIDS TO BE CONSIDERED

Only firms or joint ventures prequalified and invited by the Saudi Electricity Company,
("COMPANY") to participate in the bidding may submit bids.
2. BASIS ON WHICH BIDS ARE REOUESTED
2.1 The form of Contract to be awarded and the basis on which payment will be made to
CONTRACTOR is TURNKEY 1 LUMP SUM. Bids are requested on the above basis
and any bid submitted on any other basis will be rejected. A bid with attachment of
unsolicited terms or conditions may also be rejected.
2.2 COMPANY assumes no obligation or responsibility whatsoever to compensate or
indemnify the bidder for any expense or loss that may be incurred by it in the
preparation of its bid, nor does COMPANY guarantee that an award will be made
under the Bid Documents.
2.3 COMPANY does not accept and will reject any Alternate Bid submitted, except when
such Alternate Bid is requested in the Bid Form.
2.4 A Two-Stage bidding process will be used for this Tender. The First Stage
will consist only of the bidder's sealed Technical Proposal without any
reference to prices. SEC will evaluate all First Stage Bids (Technical
Proposals) for compliance with the Bid Documents and will thereafter
invite. in writing. only the bidders whose First Stage Bid (Technical
Proposal) as clarified during the technical evaluation were determined to be
acceptable to SEC. to submit a Second Stage Bid [Commercial Proposall.
3. PREPARATION OF BIDS
The bidding will be conducted in two (2) stages and the bidder shall prepare its
First Stage Bid (Technical Proposal) separate from its Second Stage Bid
[Commercial Proposall as follows:
3.1 Preparation of The First Stage Bid (Technical Proposal):
3.1.1 The bidders shall prepare their First Stage Bid (Technical Proposal) in
accordance with the Instructions to Bidders for Technical Proposal.
3.1.2 l\Jo commercial or any price information shall be included in the Technical
Proposals.
3.1.4 The bidder's deviations, clarifications and comments on the Proforma
Contract [Schedules "A", "B" and "C"] and Instructions to Bidders for
Commercial Proposal (if any) shall be furnished with the Technical
Proposal for COMPANY review ( Refer to Instructions to Bidders For
Technical Proposal).
IB-CP-1

Saudi Electricity Company
3.2 Preparation of The Second Stage Bid (Commercial Proposal):
3.2.1 The bidders shall prepare their Second Stage Bid (Commercial Proposal) in
accordance with this Instructions to Bidders for Commercial Proposal.
3.2.2 No technical information shall be included in the Commercial Proposals.
3.2.3 During the Preparation of the Second Stage Bid (Commercial
Proposal), Bidders shall not be allowed to add or delete any
:... : .. __-_ _: .. __ =- _k __---:---.&.-':--=-- ... __ .t-h_:;II_f'
have been previously evaluated and accepted by COMPANY. Any such
addition, deletion or change shall cause automatic disqualification,
3.2.3 ONLY THE COMPLETED BID FORM, PRICING ATTACHMENTS TO THE
BID FORM, THE BID BOND INDICATED IN PARAGRAPH 4 BELOW AND
THE APPENDICES INDICATED IN PARAGRAPH 16 BELOW SHALL BE
SUBMITTED IN THE SECOND STAGE BID [COMMERCIAL PROPOSAL],
3.2.4 THE SECOND STAGE BID [COMMERCIAL PROPOSAL] WILL BE
PREPARED AND FINALIZED WITHOUT ANY COMMERCIAL DEVIATION,
ANY DEVIATION INCLUDED IN THE COMMERCIAL PROPOSAL WILL
NOT BE ACCEPTED.
3.2.5 All Second Stage Bid (Commercial Proposal) shall be prepared using the
attached Bid Form. The Bid Form shall be returned in its entirety with all
blanks properly filled in. All bid prices shall be typewritten.
3.2.6 If a discount is offered, but is not specified to be applicable to the Main or
Alternative bids, the COMPANY will apply the same discount to both the Main
and Alternative bids. If the Bidder submits separate Bid Prices or discounts
for each of the Main or Alternate make and/or model of eqUipment or
material indicated in the Bidder's Technical Proposal, COMPANY shall only
consider the lower Bid Price/lower discount price for evaluation. Therefore,
the Bidder shall only submit one (1) Bid Price/discount which shall be applied
for any make and/or model of any equipment or material indicated in the
Bidder's Technical Proposal.
3.2.7 If any erasure or other changes appear, each such erasure or change shall
be initialed by the same person who signed the bid. Modification of bids after
the bids has been submitted and accepted by COMPANY is not allowed.
3.2.8 Each page of the Second Stage Bid [Commercial Proposal] shall be
manually signed in ink by one duly authorized to do so and stamped with the
bidder's Company Seal, if any.
3.2.9 The bidder shall furnish all information required under this Instructions to
Bidders. No information received from the bidder after the bid opening will be
considered, unless requested in writing by COMPANY.
3.2.10 All Second Stage Bids [Commercial Proposals] shall be submitted in
duplicate (one marked Original and one marked Copy) in a sealed envelope
clearly marked as follows:
IB-CP-2

Saudi Electricity Company
From:
(Name of Company)
To : The Manager
Contracting Department Central Operating Area
Saudi Electricity Company
Attention: Ger T. Perez
Contract Representative
Subject: Bid for Contract No.: 11031147/00

Title: Construction of 380kV OHTL for Qassim-4
SIS
3.2.11 All bid prices shall be expressed in Saudi Riyals. Bids submitted in other
currencies will not be accepted, unless when Alternate Bid in any foreign
currency is requested in the Bid Form.
4. BID BOND
4.1 Each Second Stage bid [Commercial Proposal] shall be accompanied with a Bid
Bond in an amount not less than two percent (2%) of the total bid price as a
guarantee that the bidder, if successful, will enter into a contract with COMPANY.
4.2 In case the successful bidder fails for any reason to enter into a contract with
COMPANY or to furnish the required Bank Guarantee for performance, its Bid Bond
will be forfeited to COMPANY.
4.3 The Bid Bond shall be sealed in a separate envelope marked "Bid Bond" and
shall be in a format complying with the Saudi Arabian Monetary Agency (SAMA)
conditions and shall be valid for one hundred twenty (120) calendar days from
Second Stage [Commercial Proposal] Bid Closing Date.
4.4 The Bid Bonds of all but the three (3) lowest bidders will be returned within seven
(7) days after the opening of the Second Stage Bids [Commercial Proposal]. The
remaining Bid Bonds will be returned after the successful bidder has submitted to
COMPANY its Bank Guarantee for performance and has signed the Contract.
4.5 A Second Stage Bid [Commercial Proposal] which is not accompanied with a
Bid Bond will be rejected outright during the opening of Commercial
Proposals and Bid Bonds.
5. SUBMISSION OF BIDS
5.1 All sealed bids shall be submitted as follows:
5.1.1 First Stage Bids [Technical Proposals] shall be submitted [hand carried]
directly to COMPANY at the place, date and time specified in the Invitation
for First Stage Bids [Technical Proposals].
5.1.2 Second Stage Bids [Commercial Proposals] with satisfactory Bid Bonds, only
of bidders with acceptable Technical Proposals and who were invited to
submit a Commercial Proposal, shall be submitted [hand carried] directly to
COMPANY at the place, date and time specified in the Invitation for
Submission of Second Stage Bids [Commercial Proposals].
IB-CP-3
6.
7.
8.
j:.
Saudi Electricity Company
5.2 COM PANY shall not accept any Technical Proposal submitted after the time
specified in the Invitation for First Stage Bids [Technical Proposals] and the
bidder shall not be allowed to attend the opening of Technical Proposals.
5.3 Similarly, COMPANY shall not accept any Commercial Proposal and Bid Bonds
submitted after the time specified in the Invitation for Submission of Second
Stage Bids [Commercial Proposals] and the bidder shall not be allowed to attend
the opening of Commercial Proposals.
_.-._._. ... :_....J-"'" u . iJJ_
.. -_., _. _._- -, ...--- .. _. --_.. -. ------ -- --- -".- --"
not assume responsibility whatsoever for delay due to late mail delivery or for any
prematurely opened bids that are not properly marked.
WITHDRAWAL OF BIDS
No bid can be withdrawn for any reason whatsoever after it has been submitted and
accepted by COMPANY even if it is to be re-submitted before the time set for the opening
of bids.
BIDDERS RESPONSIBILITY
7.1 The bidder shall carefully examine all the Bid Documents, including any clarifications
and addenda, and shall attest to having fully informed itself as to all conditions, local
or otherwise affecting the performance of the WORK. Failure to do so will be at the
bidder's own risk.
7.2 It shall be the sole responsibility of the bidder to determine and to satisfy itself
by such means as it consider necessary or desirable as to all matters pertaining to
the PROJECT, including the location of the WORK, the nature and condition of the
terrain, geological conditions at the site, availability of water and electric power,
roads, availability of transportation, the location of sand, marl and other natural
material to be used in the WORK, and all other factors that may affect the cost
(including ,but not limited to, the cost of COMPANY issued identification cards to
contractor's employees and the fines imposed for the loss of the said identification
cards), duration and execution of the WORK. The bidder, by the act of submitting a
bid acknowledges that it has considered using locally manufactured materials in its
bid and that it has inspected the WORK SITE and determined the general
characteristics and scope of the WORK and all the conditions stated above.
7.3 COMPANY will not assume any responsibility regarding any interpretation made by
the bidder from the information furnished by COMPANY. No verbal agreement or
conversation with any officer, employee or agent of COMPANY shall affect or modify
any of the terms or obligations of COMPANY and CONTRACTOR contained in the Bid
Documents.
INTERPRETATION OF BID DOCUMENTS
If a bidder notes any omission or discrepancy in any of the Bid Documents or should there
be any doubt as to the true meaning of any part of the Bid Documents, or if a bidder has
any question or inquiry about the Bid Documents, the bidder should submit a written
request for a clarification or an interpretation to COMPANY allOWing sufficient time for a
reply to be made by COMPANY and provided to all the bidders before the Bid Closing Date.
IB-CP-4
AS.;i1t1
Saudi Electricity Company
9. LAWS
9.1 By submitting a bid, the bidder acknowledges that it has become familiar, and is
ready to comply with all laws, acts and regulations of Saudi Arabia that in any
manner may affect or apply to the operations and activities of the bidder (if awarded
the Contract), under the Contract. The bidder further acknowledges that it shall be
the employer of the personnel it will utilize for the performance of the WORK and
that it shall be obliged to comply with the Labor Laws of Saudi Arabia.
'::J L
to provide a Saudi National representative (or Supervisor) to be present at all times
during the performance of any work under the Contract, within or around the vicinity
of restricted areas (Power Plants and mqjor Substations).
10. CONFLICT OF INTEREST
A Bidder shall not have a conflict of interest. A Bidder may be considered to have a
conflict of interest with one or more parties in this bidding process, in any of the cases
shown below:
10.1 Bidder has an interest in another bidder in the same bid, or if during the submission
and opening of bids it appears that the Bidder own or is an owner of another bidder
in this bid, SEC shall have the right to reject such bids (totally or partially).
10.2 Bidder has received any information that directly or indirectly affects bids from any
bidders in this bid.
10.3 Bidder is represented by the same legal representative as other bidders for purposes
of this bid.
lOA Bidder has a direct relationship with other bidders, directly or through common third
parties, that puts them in a position to have access to information about or influence
on the bid of another Bidder, or influence the decisions of COMPANY regarding this
bidding process.
10.5 Bidder participates in more than one bid as a principal bidder in this bidding process.
SEC shall have the right to totally or partially reject all Bids in which such Bidder is
involved. Exception shall be the inclusion of the same subcontractor in more than
one bid, and a Bidder may submit a subcontract bid or quote prices on materials or
equipment to other Bidders and also submit a bid as principal bidder for the
CONTRACT either by itself, or as a partner in a joint venture or consortium.
10.6 Bidder participated as a consultant in the preparation of the design or technical
specifications of this bid, or the Bidder is associated or affiliated with the firm or
organization that participated in the preparation of the design or technical
specifications of this bid.
11. RECEIVING AND OPENING OF BIDS
11.1 Technical Proposals which must be sealed and placed in separate envelopes I
packages I boxes, shall be submitted and opened on the date, time and place
specified in the Invitation for First Stage Bids [Technical Proposals] or subsequent
notice to Bidders related to bid closing extension (if any).
11.2 Only those Bidders (or their designated representatives), who submitted a First
Stage [Technical Proposal] bid, will be allowed to attend and witness the opening of
Technical Proposals.
IB-CP-5

Saudi Electricity Company
11.3 After complete evaluation of the First Stage Bids [Technical Proposals], only
those Bidders whose Technical Proposals were determined to be acceptable,
shall be invited in writing to submit their Second Stage Bids [Commercial
Proposals] based strictly on their accepted First Stage Bids [Technical
Proposals],
11.4 Commercial Proposals and Bid Bonds, which must be sealed in separate
envelopes, shall be submitted and opened on the date, time and place specified in
the Invitation for Submission of Second Stage Bids [Commercial Proposals].
11.5 Only those bidders (or their designated representatives) with acceptable First Stage
Bid (Technical Proposal) and who have submitted their Second Stage Bids
(Commercial Proposals) and Bid Bonds will be allowed to attend and witness the
opening of the Commercial Proposals.
11.6 First Stage Bids (Technical Proposals), and Second Stage Bids (Commercial
Proposals) and Bid Bonds delivered by mail or courier that are not received by
COM PANY on the date and time specified in the Invitation for First Stage Bids
(Technical Proposal) [or in the subsequent notice of bid closing extension] and the
Invitation for Submission of Second Stage Bids (Commercial Proposal) shall not be
opened and shall be returned to the bidder unopened indicating the time and date
that the First Stage Bids (Technical Proposals), and the Second Stage Bids
(Commercial Proposals) and Bid Bonds were actually received by COMPANY.
12, EVALUATION OF BIDS
12.1 Evaluation of First Stage Bids [Technical Proposals]
12.1.1 Promptly after the opening of the First Stage bids [Technical Proposals],
COMPANY shall evaluate First Stage Bids [Technical Proposals] to determine
compliance with the Scope of Work and Technical Specifications, Instructions
to Bidders for Technical proposals, the Proforma Contract and all other
requirements in the Bid Package.
12.1.2 During the evaluation of the First Stage Bids [Technical Proposals], COrvIPAI\lY
may require technical clarifications from Bidders through meetings and
letters, in order to fUlly understand and properly evaluate their Technical
Proposals.
12.1.3 During the evaluation of First Stage Bids [Technical Proposals], Bidders may,
when requested by COMPANY in writing, be allowed to withdraw or change
any information, provision or stipulation in their Technical Proposals, in order
to put them on the same level of acceptability and equality as with the other
Bidders, based on the Scope of Work and Technical Specifications.
12.1.4 During the evaluation of First Stage Bids [Technical Proposals], COMPANY
shall evaluate and resolve the Commercial and/or Techno-Commercial
deViations, clarifications and comments submitted by Bidders along with their
Technical Proposal.
12.1.5 After complete evaluation of all Technical Proposals, COMPANY shall advice
the Bidders about the result of evaluation.
12.1.6 Only bidders with acceptable First Stage Bid (Technical Proposal) will be
invited to submit a Second Stage Bid (Commercial Proposal).
IB-CP-6

Saudi Electricity Company
12.2 Evaluation of Commercial Proposals
12.2.1 Promptly after the opening of the Second Stage Bids [Commercial
Proposals], COMPANY will undertake a detailed study and appraisal of all
such Proposals submitted.
12.2.2 In evaluating the Second Stage bids [Commercial Proposals], COMPANY will
not be bound to award the Contract to the lowest bidder determined during
the opening of Commercial Proposals, but will take into consideration the

provisions, and all other relevant factors that may affect the successful
completion of the PROJECTS.
12.2.3 During the evaluation of Second Stage Bids [Commercial Proposals],
COMPANY may require commercial clarifications from bidders through
meetings and letters in order to fully understand and properly evaluate their
Second Stage Bids [Commercial Proposals].
12.2.4 Price changes after the opening of the Second Stage Bids [Commercial
Proposals] or after clarifications are not acceptable to COMPANY and may
cause disqualification.
12.2.5 In evaluating the Second Stage Bids [Commercial Proposals], COMPANY shall
apply the following rules strictly and no plea of error by any bidder shall be
considered:
12.2.5.1 In case of discrepancy between the lump sum price and the sum of
the corresponding breakdown, the lower price shall govern.
12.2.5.2 In case of discrepancy between the unit price and its extension
[unit price multiplied by the estimated quantity], the lower total
price shall govern.
12.2.5.3 In case of any discrepancy between the Original and the Copy of
the bid, the bid containing the lower price shall govern.
13. AWARD OF CONTRACT
13.1 COMPANY normally awards the Contract to the complying bidder whose bid, in
COMPANY's opinion, represents the least overall cost to COMPANY. COMPANY
nevertheless reserves the right to reject any or all bids for any reason whatsoever.
13.2 COrvlPANY also reserves the right to award the Contract either in Saudi Riyals or in
the foreign currency quoted by the bidder as Alternate Bid if so requested in the Bid
Form.
14. BANK GUARANTEE FOR PERFORMANCE
14.1 The successful bidder shall, prior to or at the time of signing the Contract, submit to
COMPANY an unconditional Bank Guarantee in the amount of not less than five
percent (5%) of the estimated Contract Value.
14.2 The Bank Guarantee shall be issued by a Saudi Bank in a format complying with the
Saudi Arabian Monetary Agency (SAMA) conditions.
IB-CP-7

Saudi Electricity Company
14.3 The Bank Guarantee shall be valid throughout the duration of the Contract and until
the end of the warranty period indicated in Schedule "A" of the Contract. In the
event that the PROJECT Warranty exceeds the indicated warranty period, the Bank
Guarantee must be extended for the duration of the entire Warranty period.
14.4 Failure by any successful bidder to post the Bank Guarantee within the stipulated
period may cause COMPANY to cancel the Contract and award the Contract to the
next lowest qualified bidder.
14.5 The t:510 t:5ono oT any UILHjt::l VVIIV 1<:1,,::> LV 5UUIIlIL LV
Bank Guarantee will be forfeited in favor of COMPANY.
15. CUSTOMS DUTIES
Bid prices shall include all customs duties and taxes including all fees of any kind and
nature for all imported materials and equipment (including spare parts and tools) to be
incorporated into the PROJECT and for all imported CONTRACTOR's equipment (including
spare parts and tools) to be used in performing the WORK.
16. DOCUMENTS TO BE SUBMITTED TOGETHER WITH THE SECOND STAGE BIDS
[COMMERCIAL PROPOSAL]
Each Second Stage bid [Commercial Proposal] shall also be accompanied with all the
documents listed below. Any Commercial Proposal that is not accompanied with any of
these documents may be rejected.
16.1 BID APPENDIX I. A statement indicating the bidder's understanding and full
compliance with the provisions of Paragraph 15 of this Instructions to Bidders.
16.2 BID APPENDIX II. A list of all items to be incorporated into the PROJECT that are
manufactured in Saudi Arabia. Such items include but are not limited to those items
enumerated in the "Local Manufactured Material List" issued by the Ministry of
Commerce and Industry. Any bid that proposes the importation of materials and
equipment (including spare parts and tools), which are manufactured in Saudi
Arabia, may not be considered unless such importation is specifically requested by
COMPANY.
16.3 BID APPENDIX III. A statement indicating that in the event of award, all items
listed in BID APPENDIX II, as being manufactured in Saudi Arabia and which meet
COMPANY specifications shall be procured locally under the contract and that a copy
of all purchase orders to be issued by the successful bidder for such items shall be
submitted to the COMPANY REPRESENTATIVE.
16.4 BID APPENDIX IV. A statement indicating that items identified by COMPANY as
being manufactured in Saudi Arabia but not listed in BID APPENDIX II shall be
procured locally under the contract at no increase whatsoever in the bidder's quoted
price to COMPANY.
17. COMPANY POLICY ON CONTRACTOR'S PERFORMANCE
17.1 For the information of all bidders, it is the policy of COrvlPANY to evaluate periodically
the performance of all its CONTRACTORS throughout the duration of a contract.
17.2 If a CONTRACTOR is given an Unsatisfactory Performance rating, the COI'.JTRACTOR
may be prohibited to bid for a certain period of time on future COMPANY contracts.
IB-CP-8

Saudi Electricity Company
17.3 The evaluation of a CONTRACTOR's performance, the determination of the period of
prohibition to bid and the type of contract that a CONTRACTOR may be prohibited to
bid are done solely by COMPANY. However, any unsatisfactory performance rating or
any CONTRACTOR's deficiency for that matter is normally discussed with the
CONTRACTOR during the performance of the WORK.
17.4 The above policy does not in any way jeopardize or waive any of COMPANY's rights
under the contract or as may be provided by law.
_,-_-. _-_0_--. __- __-- --__--__ -- __- __ . - - __ -- -_- , __--__ -__ -__- __
.JoT I IL.::J lJIU, LIT';;:;; lJIUU';;:;;1 .;::JtJ'I;;;;'-11 ''-Uti Y U\..oI'.IIVVY UlJ\JV,- .............. 1-11 i-U";I
policy.
18. RESTRICTION ON EMPLOYMENT OF COMPANY EMPLOYEES
18.1 Bidder shall not, under any circumstances, offer employment or employ any
COMPANY employee who has relation with proposed contract without prior written
consent of the Contracting Department of COMPANY during the preparation of its
bids.
18.2 Bidder is strictly prohibited from seeking any assistance from any COrvlPANY
employee in the preparation of its bids.
18.3 Violation of the restrictions indicated in Paragraphs 18.1 and 18.2 of this Instructions
to Bidders may cause outright rejection of the bids by COMPANY.
19. CLARIFICATIONS TO THIS INSTRUCTIONS TO BIDDERS FOR COMMERCIAL
PROPOSAL
19.1 The word "bid" or "bids" as used in this Instructions to Bidders means either the
Technical Proposal and/or the Commercial Proposal, whichever is applicable.
End of Instructions to Bidders for Commercial Proposal
IB-CP-9
I
INSTRUCTIONS TO BIDDERS FOR
TECHNICAL PROPOSAL
CONTRACT NUMBER: 11031147/00
CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SIS
(Name of the Bidder)
IB-TP-l

Saudi COJ'Tlpany
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
TABLE OF CONTENTS
Page DESCRIPTION
SECTION
IB-TP-3
II
I Preparation of Technical Proposal
IB-TP-4 Contents of Technical Proposal
IB-TP-4 A. PROJECT Management
.... ____ - n
- -- -- -- ---

-
IB-TP-S C. Major Equipment / Materials
IB-TP-6 D. Drawings and Technical Information / Data
IB-TP-6 E. Pre-Bid Clarifications (Q & A)
IB-TP-6
ATIACHMENTS
Annexure I
F. Techno-Commercial Deviations
TP-I-1
Proposed IVlaterial Procurement and Delivery
CONTRACTOR'S KEY Personnel
TP-II-1 Annexure II
Schedule
Annexure III TP-III-1
Annexure IV
Proposed Sub-Contracting Plan
TP-IV-1
Annexure V
Purchase Order Compliance
TP-V-1
Annexure VI
Compliance Statement
TP-VI-1
Annexure VII
TMSS/ SMSS Compliance Statement
TP-VII-1
Annexure VIII
Manufacturer Responsibility Statement
TP-VIII-1
Annex A
Pre-Bid Clarification Statement
TP-Annex A-1
Folder II - Summary of Equipment/Material
Folder II - Equipment/Material Manufacturers
TP-Annex B-1 Annex B Submittals & Summary of Proposed Protective
Relays
IBTP-2
...
Saudi Electricity Cornpan.y
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
I: PREPARATION OF THE TECHNICAL PROPOSAL
1. The Bidder shall prepare the Technical Proposal separate from Commercial Proposal. No
pricing information shall be included in the Technical Proposal.
2. The bidder shall prepare the Techno-Commercial Proposal deviations in Folder V,
since this project will be tendered for two stage bidding.
3. The bidder shall submit in a duly filled separate folder Annexure A
Equipment/Material Manufacturers, Annexure B- Summary of Equipment/Material
....-;-..;;" 'ii' -L"C
Proposal. If Bidder fails to submit all aforesaid Annexures in a separate folder, then
the COMPANY has the right to reject the Technical offer.
4. Bidder shall submit in a pdf format (CD) copies of the Technical Proposal in Folder wise
together with the Original copy & Duplicate copy of the Technical Proposal.
5. The Original & copies of the Technical Proposal (Hard copies) as listed below shall also be
submitted in seven (7) Folders, marked as Folder I, lA, IB, II, IV and V as applicable. Each
folder shall consist of all the documents mentioned in Sections 11.A & 11.B, 11.C, II.D and 11.E of
these Instructions to Bidders.
Item
No.
Folder No. Folder Title No. of Copies
1. Folder-I PROJECT Management 1 original + 3 copies
2. Folder-IA QA/QC Plan 1 original + 3 copies
3. Folder-IB Annexures 1 original + 3 copies
4. Folder-II Major Equipment/Materials 1 original + 3 copies
5. Folder-III Drawings & Technical Information / Data 1 original + 3 copies
6. Folder-IV Pre-Bid Clarifications (Q & A) 1 original + 3 copies
7. Folder-V Tech-Commercial Deviations 1 original + 3 copies
6. The Technical Proposal shall be in strict compliance with the Proforma Contract, Scope of Work
and Technical Specifications, Instructions to Bidders for Commercial and Technical Proposals.
Deviation on Technical Specifications of EqUipment, if any, shall be furnished in the
Compliance Statement for each SMSS [Please use the format of Annexure VI of these
Instructions to Bidders] for SEC review. However, any deviation on the Scope of Work will not
be considered.
7. Each folder of the Technical Proposal shall be submitted in sealed envelope clearly marked as
follows:
From
(\\lame of Bidder)
Attention Gerry T. Perez
(Contract Representative)
Subject Technical Proposal for the Contract No.: 11031147/00
Project Title : CONSTRUCTION OF 380KV OHTL FOR OASSIM-4 SIS
Folder No.
IBTP-3
--- --------------

Saudi Elec::;1:ricity COfTlpany
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
7. Each page of every document submitted by the Bidder shall bear his signature, date and
Company Stamp.
8. Incompleteness, non-compliance to these Instructions to Bidders and/or deviations from
the Scope of Work and Technical Specifications can be used as grounds for rejection of
the Technical Proposal completely.
9. Bidder shall indicate "N/A" for items not applicable for the PROJECT.
II: CONTENTS OF THE TECHNICAL PROPOSAL
A. FOLDER I - PROJECT MANAGEMENT
Bidder shall provide the following documents in Folder I for complete implementation of the
PROJECT. The documents shall be prepared specific to this PROJECT and arranged in the same
sequence with a Table of Contents:
a. Proposed Overall Organization Chart
The Proposed Organization Chart shall be for the complete management of the PROJECT,
indicating names of all key personnel. Bidders shall propose, as minimum, the personnel
indicated in Annexure I, Minimum Qualifications of Contractor's Key Personnel, of these
Instructions to Bidders.
b. Proposed Time Scaled Bar Chart Schedule (Gantt chart)
The Proposed Time Scaled Bar Chart Schedule (Gantt chart) for the complete
implementation of the PROJECT. Each major activity coming under Engineering,
Equipment/Material Procurement, Installation/Construction and Testing & Commissioning
shall be segregated and shall be shown separately. All Milestone Events shall be indicated
and shown separately in the Bar Chart Schedule.
c. Proposed Sub-contracting Plan
The Proposed Subcontracting Plan shall indicate proposed SUB-CONTRACTOR(s) for each
portion of WORK proposed to be sub-contracted. (Please use the format given in
Annexure III of these Instructions to Bidders).
B. 1. FOLDER IA - QAfOC PLAN
Bidder shall provide QA/QC Plan for the complete PROJECT indicating all phases of Design
Engineering, Equipment Manufacturing, Factory Testing, Equipment/Material Procurement,
Installation/Construction and Testing & Commissioning, Data Schedules and Type Test
Reports of all Equipment/Material in Folder IA.
2. FOLDER IB - ANNEXURES
a. TMSSfSMSS Clause-By-Clause Compliance Statement
The TSMS/SMSS Clause-By-Clause Compliance Statement shall certify that the bidder
fully complies with Scope of Work and Technical Specifications and adhere to all Terms and
Conditions of the Proforma Contract, except for the deviations, if any, listed in Annexure VI.
(Please use the format given in Annexure V of these Instructions to Bidders).
b. Purchase Order Compliance Statement
The Purchase Order Compliance Statement shall include all the relevant terms and
conditions specified in Schedule "A", General Terms and Conditions of the Proforma
Contract, in the corresponding Purchase Order(s) to the equipment
manufacturers/suppliers. (Please use the format given in Annexure IV of these Instructions
to Bidders).
IBTP-4
-- - - ---- ---- ----- - ------------ ----- -----------
- - - - - - - -
~ 4 ~ ~ . . > ~ ' = ~ '
Saudi Electricity Company
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
c. Proposed Materials Procurement and Deliverv Schedule
The Proposed Materials Procurement and Delivery Schedule shall list all major Equipment
and Material that will be necessary for the PROJECT. Schedule times in weeks shall be
indicated for the following (Please use the format given in Annexure II of these Instructions
to Bidders):
i. Purchase Orders placed.
ii. Expected time of arrival at the construction and installation site.
III. L.lCll'C: I C4U11 CU lUI L.UII::>lI UL.lIUII CIIU III:JlClIIOUUII.
C. FOLDER II - MAJOR EOUIPMENT{MATERIALS
Bidder shall propose all equipment and materials from the List of SEC Technically Acceptable
Manufacturers.
The documents for the proposed equipment/material for transmission lines pertaining to PTS
09C0328 shall be prepared in Folder II and shall consist, as follows:
Bidder shall provide the following documents:
1. Schedule of Equipment/Materials Manufacturers
The Schedule of Equipment and Material Manufacturers shall provide giVing all details of
proposed manufacturers for all major equipment/material using the format given in Annex A
of these Instructions to Bidders.
2. Table of Contents
Table of Contents shall be provided for the proposed equipment/materials arranged in the
same sequence as Annexure A of this document.
3. Documents for each Proposed Major Equipment and Material shall include the
following:
a. Completely filled-in Data Schedules: given in Appendix I of the SOW & TS, duly signed,
stamped & dated by the respective Equipment and Material Manufacturer and the Bidder.
b. Compliance Statement: for each applicable SMSS/TMSS and for 01-TMSS-01 separately,
duly signed, stamped & dated by the Equipment/Material Manufacturer and the Bidder
(Please use the format given in Annexure VI of these Instructions to Bidders).
c. Manufacturer's Technical Catalogues: with adequate cross-reference to item II.B.3.a
above highlighting the specific model/type proposed.
d. Vendor Drawings.
e. Certified Type (Design) Test Reports.
f. List of users: for at least five (5) years, as applicable, in similar service conditions.
g. Manufacturer's Responsibility Statements: as per Clause 36.1 of Schedule "Au of the
Contract (Only for the material marked with (*) in Annexure A of these Instructions to
Bidders). Please use the format of Annexure VII of these Instructions to Bidders.
h. The documents shall be arranged in the same sequence as listed above.
4. Following documents, in case more than one make and/or model is proposed for any
equipment/materials:
IBTP-5
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
a. All documents mentioned above in the same sequence for alternative make and/or model
proposed highlighting as "Alternative".
b. A comparison table comparing the salient features of the "Main" and "Alternative"
make and/or model proposed.
c. Documents of equipment, for the "Main" proposal shall be attached first, followed by
documents for the "Alternative" proposal.
d. Bidder shall not propose more than one alternative make and/or model for a given
Equipment/Materials listed in FOLDER II. Alternate offer will not be considered for
acceptance unless the Main offer is by COMPANY on technical grounds.
e. The quoted lump sum Contract Price indicated in Bidder's Commercial Proposal (Bid
Form) shall remain the same for providing the "Main" or "Alternate" make and/or model
of equipment/materials, whichever is accepted by COMPANY. If the Bidder submits
separate Bid Prices or discounts for each of the Main and Alternate make and/or model of
any equipment or material, the provisions of Paragraph 3.2.6 of the Instructions to
Bidders for Commercial Proposal shall apply.
5. Summary of Equipment/Materials Submittals: For the proposed major equipment and
material (Please use the format given in Annex A and B of these Instructions to Bidders).
D. FOLDER III: DRAWINGS AND TECHNICAL INFORMATION / DATA
Bidder shall provide the following in Folder III:
1. Adequate number of drawings related to layout plans/COMPANY (complete dimensional
details) to give sufficient details for the Technical Proposal. Moreover, drawings and
other technical information & data sheets of various equipment/materials shall
be included relevant to equipment/material folders described above.
2. Equipment details, deviations, etc. shall not be furnished in Folder IV. They shall be
furnished in the corresponding Folders along with respective equipment.
E. FOLDER IV: PRE-BID CLARIFICATIONS (O&A)
Bidder shall provide in a separate folder for all Pre-Bid Clarifications received from
Contracting Department.
F. FOLDER V: TECHNO-COMMERCIAL DEVIATIONS
1. Bidder shall provide in a separate folder for all deviations, clarifications and
comments on the Proforma Contract [Schedules "B" and "C"] and Instructions
to Bidders for Commercial Proposal (if any).
Notes:
a. Bidder shall not propose more than one alternative make and/or model for a given equipment
/material against Items Band C.
b. Bidder shall indicate clearly the main and alternative make and/or model of
equipment/material in the Technical Proposal.
c. The quoted lump sum Contract Price indicated in Bidders' Commercial Proposal (Bid Form)
shall remain the same for providing the "Main" or "Alternative" make and/or model of
equipment/material, whichever is accepted by COMPANY. If the Bidder submits separate Bid
Prices or discounts for each of the Main and Alternate make and/or model of any equipment or
material, the provisions of Paragraph 3.2.6 of the Instructions to Bidders for Commercial
Proposal shall apply.
d. The Alternate offer will not be considered unless the Main offer is rejected by COMPANY on
technical grounds.
IBTP-6
.. L:>.......,s:u
Saudi Elec1:r-ic.ity Company
Contract No. 11031147/00
Instructions to Bidders for Technical Proposal
e. Bidder shall not propose anv Equipment/Material included in COMPANY List of
Technically Acceptable Manufacturers and Manufacturinq Plants with a condition that
those Equipment/Material shall be Type Tested in the presence of COMPANY
Enqineers and Independent Inspector approved by COMPANY. Refer to attached
COMPANY List of technically Acceptable Manufacturers and Manufacturinq Plants.
- -------------------------------
g. All Pre-Bid Clarifications shall be in the Format indicating Bidder's Letter
Reference/Date (Hard copy and soft word copy) given in Annexure-VIII.
h. In discussions or clarifications pertaining to any Major Equipment/Material, the
bidder shall ensure the presence of respective Manufacturer's Specialist
representative/s related to each Major Equipment/Material.
"End of Instruction to Bidders for Technical Proposals"
IBTP-7
CJ

Saudi Electricity Company
Annexure -I
CONTRACTOR'S KEY PERSONNEL
,
CONTRACT NO. 11031147/00
,
CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION TITLE:
;
Nos.
Key Personnel Education and experience requiren:lents
I
required
Project Manager BS degree in Engineering with 15 years relevant experience. 1. 1
Project Engineer BS degree in Electrical Engineering with 10 years relevant experienc,. :. 1 2.
I
BS degree in Electrical Engineering with 10 years relevant experienc,::. QA/QC Electrical Engineer 1 3.
BS degree in engineering or equivalent with 15 years relevant experil. ace. Site Manager 1 4.
BS degree in Electrical Engineering with 10 years relevant experieno.. Site Electrical Engineer 1 5.
,
BS degree in Electrical Engineering with 10 years experience in Protection Engineer 1 6.
,I
I
BS degree in Civil Engineering with 10 years relevant experience. Site Civil Engineer 1 7.
BS degree in Civil Engineering with 10 years relevant experience. QA/QC Civil Engineer 1 8.
,
BS degree in Mechanical Engineering with 10 years relevant experien;ce. Site Mechanical Engineer 1 9.
I
BS degree in Engineering with 10 years relevant experience. Safety Supervisor 1 10.
,
1
1 BS degree in Electrical Engineering with 10 years relevant experienc Testing and Commissioning Engineer 11.
BS degree in Engineering with 10 years relevant experience. Planning and Scheduling Engineer 1 12.
l-Electrical/1-Civil/l-Mechanical- BS degree in Engineering witb 110 years relevant experience. Design Engineering Coordinator 3 13.
,

Saudi Electricity Company
ANNEXURE II
MATERIAL PROCUREMENT & DELIVERY SCHEDULE
CONTRACT NO. 11031147/00
TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
. J_ ._________1 1..
_1
51. No. Material/ equipment
Purcnase
Order
Expected Time
of Arrival at Site
Time Required
at Site
(In Weeks) (In Weeks) (In Weeks)
BIDDER: _
SIGNATURE: _
NAME: _
Company Stamp
---- - ---- - - -- - - ---- - --------------
- -- --- - - -- -- -- - - -- - - - -- -- - - - - -- - - - --
------ --

Saudi Electricity Company
ANNEXURE III
SUB-CONTRACTING PLAN
CONTRACT NO. 11031147/00
TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
__ ____ ___ ___L ____ ____
-'-
.L_____ ____ .1
.-- ----
81. No. -
-
. Name &Adress of Sub-Contractor C. R. Number
Contracted
BIDDER: _
SIGNATURE: _
!'JAME: _
Company Stamp & Date: _

Saudi Electricity Company
ANNEXURE IV
PURCHASE ORDER COMPLIANCE
CONTRACT NO. 11031147/00
- - - ----
TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
WE HEREBY CONFIRM THAT ALL THE RELEVANT TERMS &
CONDITIONS SPECIFIED IN SCHEDULE "A", SPECIAL TERMS &
CONDITIONS OF THE PROFORMA CONTRACT, AND ALL THE
RELEVANT CLAUSES SPECIFIED IN THE PTS-10C0319 WILL BE
INCLUDED IN OUR PURCHASE ORDER(S) TO THE EQUIPMENT
MANUFACTURER(S) I SUPPLlER(S).
BIDDER:
SIGNATURE:
NAME:
Company Stamp & Date
- - --- --- -------
------ ------
~ 1 . , J ~ ~ ~ ~ I ~ ~ t
Saudi Electricity Company
ANNEXURE V
COMPLIANCE STATEMENT
COMPLIANCE TO SCOPE OF WORK &TECHNICAL SPECIFICATIONS
CONTRACT NO. 11031147/00
TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
-----_.. _-- --- ------ -------- ----------- ---------------
This Technical Proposal includes all the work and services required
to complete the Project.
Having been properly represented during the Job Explanation
Meeting and having investigated the WORK SITE, and examined in
their entirety the Scope of Work and Technical Specifications, the
Proforma Contract and all the documents referred to therein, and all
the instructions to bidders, the undersigned offers to design,
engineer, procure and deliver all equipment and materials to the
WORK SITE, construct, install, test and commission the above
project in accordance with the above documents and agree to adhere
to all terms and conditions of the Proforma Contract.
The undersigned also undertake to maintain confidentiality of all
correspondence with SEC, both in pre-award and post-award phases
of the contract, and no correspondence of any kind will be relayed to
a third party without the express permission of SEC in writing.
BIDDER: _
SIGNATURE: _
NAME: _
COMPANY STAMP & DATE:
----------------------
---------- ---------------
--------------

Saudi Electricity Company
ANNEXURE VI
Contract No. 11031147100
TITLE: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
Equipment 1 Material: _

TMSS/SMSS CLAUSE-BY-CLAUSE COlVIPLIANCE STATEMENT
E/ClauseNo1
Deviation
I
Justification
I
Having been properly read and understood, we, the undersigned certify that the equipment /
material offered is strictly in compliance with the applicable TRANSMISSION/SEC Material
Standard Specification, except for the deviations mentioned in the table above.
Manufacturer Bidder
Signature: Signature:
Name: Name:
Stamp: Stamp:
, . . 4 ~ ~ . : l ~ 1 ~ ~ 1
Saudi Electricity Company
ANNEXURE VII
MANUFACTURER'S RESPONSIBILITY STATEMENT
CONTRACT NO. 11031147/00
TITLE: CONSTRUCTION OF 380kV OHTL FOR QASSIM-4
SUBSTATION
WE HEREBY CONVEY OUR INTEREST TO ASSOCIATE WITH
THE ABOVE PROJECT AND SUPPLY THE FOLLOWING
EQUIPMENT:
EQUIPMENT NAME: _
IN THE EVENT OF PLACEMENT OF PURCHASE ORDER ON US,
WE WILL COMPLY WITH THE SEC TERMS & CONDITIONS OF
"MANUFACTURER'S RESPONSIBILITIES" SPECIFIED IN
SCHEDULE "A" OF THE PROFORMA CONTRACT.
MANUFACTURER: _ BIDDER: _
SIGI\JATURE: _ SIGNATURE: _
NAME: _ NAME: _
COMPANY STAMP & DATE: COMPANY STAMP & DATE:
--------- -- - - -- --- -- -- --

Saudi Electricity COITlpany
ANNEXA Page 10/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER Il- EQUIPMENTIMATERlAL MANUFACTURERS
No. Description of Type/ Manufacturer Country of Tech. Info. in
_______ __---__ -
EouinmentLMJ'lteri,,' Mod..J --

.

------- J J
-
A. SUBSTATION EQPTIMATL.
1 Power Transformer
380/230kV
230/69kV
115/13.8kV
Shunt Reactor 2
3 Circuit Breaker
380kV
230kV
115kV
GIS Equipment
380kV
230kV
115kV
4
CCVTICVTIVT
380kV
230kV
115kV
5
Free Standing Current
Transformer
380kV
230kV
115kV
7 Relav & Control Panels
8
6
Metalclad Switchgear
34.5kV
13.8kV
Disconnect Switch
380kV
230kV
115kV
10 Surge Arrester
360kV
230kV
115kV
9
Note: Strike-offitems which are not applicable to this project.
..
Saudi Electricity Company
ANNEXA Page 2 0/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS
Manuacturer Tech.lnfo. in Description of Country of No. Type 1
Section # EquipmentlMaterial Origin Model
____1 1 _
D
--
-- -- - ----- - - -
- - - ..
12
13
14
15
16
17
18
380kV
230kV
115kV
Wall Bushing
380kV
230kV
115kV
Battery Charger
Batteries
Annunciator System
Fire Protection & Signalling
System
XLPE or LPOF U/G Cable
380kV
230kV
115kV
Fiber Optic Terminal
Equipment
Low Density
SDH
19 SCADARTU
20
21
B.
1
Dig. Trans. Fault Recorder
Sequence o(Event Recorder
UNDERGROUND TRANSMIS
SION LINE MATERIAL
XLPE or LPOF U/G Cable
380kV
230kV
115kV
Note: Strlke-off Items which are not applicable to thiS proJect.
... l : ' ~ ~ ~ ~ I A I S ~ 1
Saudi Electricity Company
ANNEXA Page 3 0/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EOUIPMENTIMATERlAL MANUFACTURERS
Description of Tech. Info. in
EquipmentlMaterial Section #
,
-- .. ---
I I I i I
Ivon-melUuici'iiiei v{Jlle LuiJie
Pilot Cable. 19 pairs
Link Box for U/G Power
Cable
Sheath Voltage Limiter
OIH TRANSMISSION LINE
EQUIPMENTIMATERIAL
OverheadLine Conductor
Overhead Ground Wire
Tubular Steel Pole
I Lattice Steel Structure
Wood Pole
Disconnect Switch
380kV
230kV
115kV
Line Post Insulator
380kV
230kV
JJ5kV
Suspension Insulator
380kV
230kV
115kV
Composite Overhead Optical
Fiber Ground Wire(OPGW)
Fiber Optic Joint Box
Fiber Optic Terminal
Equipment
Low Density
SDH
Note: Strike-off items wllich are not applicable to this project.
No.
,
Type 1 Manuacturer Country of
Model Origin
~
3
4
5
C.
1
2
3
4
5
6
7
8
9
10
11
~ l , 1 ~ ~ ~ ~ l ~ l
Saudi Electricity Company
ANNEXA Page 4 0/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS
No. Description of
EquipmentlMaterial
Type/
Model
Manufacturer Country of
Origin
Tech. Info. in
Section #
L J J
12. Relay & Control Panel
13. Feeder Protection
a. Distance Relay
Set 1(21P)
Set 2(21S)
b. Directional Comparison Earth
Fault Relay
Set 1(67NP)
Set 2(67NS)
c. LongitudinallPilot Wire
Differential Relay
Set 1(87LP)
Set 2(87LS)
d. Back-up Inverse Time
Overcurrent Relay with
Instantaneous Unit
Phase (50/51)
Neutral(50/51N)
e. Back-up Directional Overcur
rent Relay with Instantaneous
Unit
Phase(50/51)
Neutral(67N)
f. Synchrocheck Relay(25)
g. Auto Reclosing Relay(79)
h. PT Fuse Failure Relay
Note: Strike-ojfltems which are not applicable to this proJect.
-------- - ------ ------- -- - - ----- - -- - - -------------
...
Saudi Electricity COITlpany
ANNEXA PageS 0/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS
Tech.Info. in
Origin
Manuacturer Country of
Section #
____._7_____________________._
-
No. Description of Type/
EquipmentlMaterial Model
o _ ."=
'-""'-'...... iA'
14. Power Transformer Protection
a. OLTC Control Panel
b. Differential Relay (87T)
c. Restricted Earth Fault Relay
HV Side (87REF-HV)
LVSide (87REF-HV)
d. Back-up HV Side Overcurrent
Relay with or without Inst. Unit
Phase (50/51)
Neutral (50/51N)
Ground (50/51G)
e. Back-up Secondary side
Directional Overcurrent Relay
with or without Inst. Unit
Phase (67)
Neutral (67G)
f. Back-up LV Side Neutral
Overcurrent Relay with or
without Instantaneous Unit
g. Tertiary Winding Inverse Time
Overcurrent Relay with or
without Instantaneous Unit
(50/51TW)
h HV side Over Fluxing Relay (99T)
I
Note: Strike-off items which are not applicable to this project.

Saudi Electricity Company
ANNEXA Page 60/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EOUIPMENTIMATERlAL MANUFACTURERS
No. Description of
EquipmentIMaterial
Type/
Model
Manuacturer Country of
Origin
Tech. Info. in
Section #
1 I-C'I o_,_'l _ __L __ _ n __' u __L____ _ _
15. Grounding Transformer
Protection
a. Restricted Earth Fault Relay
(87GT)
b. Inverse Time Overcurrent Relay
with/without Intantaneous Unit
Phase(50/5iGT)
Neutral(50/5iGGT)
16. Station Service Transformer
Protection
a. Inverse Time Overcurrent Relay
with Instantaneous Unit(50/5i)
17. Bus Bar Protection
a. Bus Bar Differential Relay(87B)
b. Bus Bar Differential Check
Relay(87B)
c. CT Open Circuit Supervision Relay
18. Bus Sectionalizing and/or Bus
Coupler Breaker Protection
a. Inverse Time Overcurrent Relay
with or without Instantaneous
Unit
Phase (5iBT)
Neutral (5iNBT)
Note: Strike-off items which are not applicable to this project.

Saudi Electricity COlTlpany
ANNEXA Page 70/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EOUIPMENTIMATERIAL MANUFACTURERS
No. Description of Type/ Manufacturer Country of Tech. Info. in
EquipmentlMaterial Model Section # Origin
19.
a.
b.
c.
d.
20.
a.
b.
c.
Breaker and Protection
Circuit Failure Supervision
Breaker Failure Relay(50BF)
DC Supervision Relay
Set 1
Set 2
Trip Circuit Supervision Relay
Set]
Set 2
Trip Coil Supervision Relay
Set 1
Set 2
Reactor Protection
Differential Relay
Restricted Earth Fault Relay
Inverse Time Overcurrent
Relay with Instantaneous Unit
Phase(50/51)
Neutral(50/51N)
Note: Strike-ojfltems which are not applicable to this proJect.

Saudi Electricity Company
ANNEXA Page 80/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EOUIPMENTIMATERIAL MANUFACTURERS
No. Description of
EquipmentlMaterial
I i
-\..-UOl U ...
i
Type/
Model
Manuacturer Country of Tech.Info. in
Origin Section #
i I I I
-
21. Capacitor Bank Protection
a. Hannonic Desensitized
Instantaneous Overcurrent
Relay
Phase Set 1 (50P)
Phase Set 2 (50S)
Neutral Set 1(50NP)
Neutral Set 2 (50NS)
b. Short Time Overcurrent Relay
Phase Set 1 (51P)
Phase Set 2 (51S)
Neutral Set 1 (51NP)
Neutral Set 2 (51NS)
c. Overcurrent Relay with
Hannonic Filter for Mid-point
Unbalance
Set 1 (59P)
Set 2 (59S)
d. For Neutral Point Unbalance
Set 1 (59NP)
Set 2 (59NS)
e. Bus Over Voltage Relays
Set 1 (59BP)
Set 2 (59BS)
f. Bus Under Voltage Relay
Set 1 (27BP)
Set 2 (27BS)
Note: StrIke-off Items which are not appltcable to tillS project.
..
Saudi Electricity Company
ANNEXA Page 90/9
Contract No. 11031147/00
Title: CONSTRUCTION OF 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - EQUIPMENTIMATERIAL MANUFACTURERS
No. Description of
EquipmentlMaterial
Type 1
Model
Manuacturer Country of
Origin
Tech. Info. in
Section #
1 _ __L_ _ _ _L_ . _ J _L. _ _
Note: Strike-off items which are not applicable to this project.
22. Protection Signalling!
Communication Interface
Equipment
a. For Distance Protection
b. For Pilot Wire Differential
Protection
Breaker Failure Scheme c.
For Longitudinal Differential
Protection
d.
Other Relays 23.
a. Under frequency Relay(81)
b. Lockout Relay(86)
c. Timers(62)
d. Tripping Relay(94)
e. Tripping & Lockout Relay
Supervision
f. DC Supply Supervision
Relay(74)
g. Test Switches
24. Bidder to SpecifY andList
other Relays andDevices

Saudi Electricity Company
ANNEXB Page 10/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of Statement of Data Manufacturer's Type Test List of
EquipmentlMaterial Compliance
Schedule
Catalogs Reports Users
- I I-
----------
-,
- I I - I
-
1 Power Transformer
380/230kV
23O/69kV
115/13.8kV
2 Shunt Reactor
3 Circuit Breaker
380kV
230kV
115kV
4 GIS Equipment
380kV
230kV
115kV
5 CCVTICVTIVT
380kV
230kV
115kV
6 Free Standing Current
Transformer
380kV
230kV
115kV
7 Relav & Control Panels
8 Metalclad Switchgear
34.5kV
13.8kV
9 Disconnect Switch
380kV
230kV
115kV
Note: Strike-off items which are not applicable to this project.
-- ---------- -- -- -- -- ------ ----- ------------ ----------- -
--

Saudi Electricity Company
ANNEXB Page 2 0/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of Statement of Data
EquipmentlMaterial Compliance Schedule
__ _ -'_1),_ --.L:'f_--------.A__ ________________________
- - - - --- - -----
- ...... -
360kV
230kV
115kV
11 Station Post Insulator
380kV
230kV
115kV
12 Wall Bushing
380kV
230kV
115kV
13 Battery Charger
14 Batteries
15 Annunciator System
16 Fire Protection &
Signalling System
17 XLPE OR LPOF U/G
Cable
380kV
230kV
115kV
18 Fiber Optic Terminal
Equipment
Low Density
SDH
19 SCADARTU
20 Dig. Trans. Fault Recorder
21 Sequence o(Event Recorder
B. UNDERGROUND TIL
MATERIAL
1 XLPE or LPOF U/G Cable
380kV
Note: Strike-off Items which are not applicable to this proJect.
Manuacturer's
Catalogs
Type Test List of
Reports Users
---
--

Saudi Electricity Company
ANNEXB Page 3 of9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERlAL SUBMITTALS
Description of Manuacturer's Type Test List of
EquipmentIMaterial
No.
Catalogs Users Reports
230kV
-
J
ii:Ji\.Y
2 Non-metallic Fiber Optic
Cable
3 Pilot Cable. 19 pairs
4 Link Box for U/G Power
I
Cable
5 Sheath Voltage Limiter
C omTRANSMISSION
LINE EQUIPIMA TERIAL
1
2
3
4
5
6
Overhead Line Conductor
Overhead Ground Wire
Tubular Steel Pole
Lattice Steel Structure
Wood Pole
Disconnect Switch
380kV
230kV
115kV
7 Line Post Insulator
380kV
230kV
115kV
8 Suspension Insulator
380kV
230kV
115kV
9 Composite Overhead
Optical Fiber Ground
Wire(OPGW)
10 Fiber Optic Joint Box
Fiber Optic Terminal
Equipment
Low Density
11
SDH
Note: Strike-offitems which are not applicable to this project.

Saudi Electricity Company
ANNEXB Page 4 0/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
Manufacturer's
.. ... . Compliance Schedule
Description of [statement of Data
CatalOl!L
12. Relay & Control Panel
13. Feeder Protection
a. Distance Relay
Set 1(21P)
Set 2(21S)
b. Directional Comparison Earth
Fault Relay
Set 1(67NP)
Set 2(67NS)
c. Longitudinal/Pilot Wire
Differential Relay
Set 1(87LP)
Set 2(87LS)
d. Back-up Inverse Time
Overcurrent Relay with
Instantaneous Unit
Phase (50/51)
Neutral(50/51N)
e. Back-up Directional Overcur
rent Relay with Instantaneous
Unit
Phase(50/51)
Neutral(67N)
f. Synchrocheck Relay(25)
g. Auto Reclosing Relay(79)
h. PT Fuse Failure Relay
Note: Strike-off items which are not applicable to this project.

Saudi Electricity Company
ANNEXB Page 50/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of
EquipmentlMaterial
__IJCY n nn
Statement of Data
Compliance Schedule
__L __ __1_ _ L_
Manuacturer's
Catalogs
Type Test List of
Reports Users
-,-_ Hun _L __J_
14. Power Transformer Protection
a. OLTC Control Panel
b. Differential Relay (87T)
c. Restricted Earth Fault Relay
HV Side (87REF-HV)
LVSide (87REF-HV)
d. Back-up HV Side Overcurrent
Relay with or without Inst. Unit
Phase (50/51)
Neutral (50/51N)
Ground (50/51G)
e. Back-up Secondary side
Directional Overcurrent Relay
with or without Inst. Unit
Phase (67)
Neutral (67G)
f. Back-up LV Side Neutral
Overcurrent Relay with or
without Instantaneous Unit
g. Tertiary Winding Inverse Time
Overcurrent Relay with or
without Instantaneous Unit
(50/51TW)
h HV side Over Fluxing Relay (99T)
I
Note: Strike-off items which are not applicable to this project.

Saudi Electricity Company
ANNEXB Page 60/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of Statement of ata Schedt Manuacturer's Type Test List of
EquipmentlMaterial Compliance Catalogs Reports Users
Cont'd. ..
---------------------- - - -
-
15. Grounding Transformer
Protection
a. Restricted Earth Fault Relay
(87GT)
b. Inverse Time Overcurrent Relay
with/without Intantaneous Unit
Phase(50/51GT)
Neutral(50/51GGT)
16. Station Service Transformer
Protection
a. Inverse Time Overcurrent Relay
with Instantaneous Unit(50/51)
17. Bus Bar Protection
I
a. Bus Bar Differential Relay(87B)
b. Bus Bar Differential Check
I
Relay(87B)
c. CT Open Circuit Supervision Relay
18. Bus Sectionalizing and/or Bus
Coupler Breaker Protection
a. Inverse Time Overcurrent Relay
with or without Instantaneous
Unit
Phase (51BT)
Neutral (51NBT)
Note: Strike-off items which are not applicable to this project.
-

Saudi Electricity Company
ANNEXB Page 70/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of Statement of Data Manufacturer's Type Test List of
EquipmentlMaterial Compliance
Schedule
Catalogs Reports Users
Cont'd...
19. Breaker and Protection
Circuit Failure Supervision
a.
b.
c.
d.
20.
Breaker Failure Relay(50BF)
DC Supervision Relay
Set 1
Set 2
Trip Circuit Supervision Relay
Set 1
Set 2
Trip Coil Supervision Relay
Setl
Set 2
Reactor Protection
a.
b.
c.
Differential Relay
Restricted Earth Fault Relay
Inverse Time Overcurrent
Relay with Instantaneous Unit
Phase(50/51)
Neutral(50/51N)
Note: Strike-off items which are not applicable to this project.
------ --

Saudi Electricity Company
ANNEXB Page 8 0/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II-SUMMARY OF EOUIPMENTIMATERIAL SUBMITTALS
No. Description of
- ---- - -
-.


Statement of
c
o
2l.
a.
b.
c.
d.
e.
f.
Cant/d. ..
Capacitor Bank Protection
Harmonic Desensitized
Instantaneous Overcurrent
Relay
Phase Set 1 (50P)
Phase Set 2 (50S)
Neutral Set 1(50NP)
Neutral Set 2 (50NS)
Short Time Overcurrent Relay
Phase Set 1 (51P)
Phase Set 2 (51S)
Neutral Set 1 (51NP)
Neutral Set 2 (51NS)
Overcurrent Relay with
Harmonic Filter for Mid-point
Unbalance
Set 1 (59P)
Set 2 (59S)
For Neutral Point Unbalance
Set 1 (59NP)
Set 2 (59NS)
Bus Over Voltage Relays
Set 1 (59BP)
Set 2 (59BS)
Bus Under Voltage Relay
Set 1 (27BP)
Set 2 (27BS)
Note: Stnke-off Items which are not applicable to this project.
Manuacturer's


Saudi Electricity Company
ANNEXB Page 90/9
Contract No. 11031147/00
Title: CONSTRUCTION 380KV OHTL FOR QASSIM-4 SUBSTATION
FOLDER II - SUMMARY OF EQUIPMENTIMATERIAL SUBMITTALS
No. Description of

Manuacturer's
-"--" -
I I
i:..'j"ii'
Cont'd. ..
i -i
22. Protection Signalling!
Communication Interface
Equipment
a. For Distance Protection
b. For Pilot Wire Differential
Protection
c. Breaker Failure Scheme
d. For Longitudinal Differential
Protection
12. Other Relays
a. Under frequency Relay(81)
b. Lockout Relay(86)
c. Timers(62)
d. Tripping Relay(94)
e. Tripping & Lockout Relay
Supervision
f. DC Supply Supervision
Relay(74)
g. Test Switches
13. Bidder to Specifv and List
other Relays andDevices
Note: Strike-off items which are not applicable to this project.
C.NO.: 11031147/00
CONSTRUCTION OF 380KV OHTL FOR QASSIM-4
.', ..
\',-...J
SUBSTATION
Subject: PRE BID TECHNICAL CLARIFICATION #
Technical Queries:
Commercial Queries:
Techno-Commercial Queries:
Author Of Response: TADD
Saudi Electricity Company
CONTRACTOR:
REFERENCE:
Proponent Dept.:
I
,
ITEM NO.
1
CONTRACTOR'S CLARIFICATIONS
I
I
SEC'S RESPONI';SE
I
2
3
4
5
6
7
II
Page 1 of 1
'CJ l i ~ ~ , . - . r j ~ ~ j
, Saudi Electricity Company
BID FORM
";::.
Saudi Electricity Company
BID FORM
CONTRACT NO. 11031147100
1. BASIC INFORMATION
Name of Company
MajJjulLAddress.
Telephone Number (s)
Fax Number (s)
E-Mail
Web Site Address
Name of Contact Individual
2. PRICES
2.1 Having examined in their entireties the Bid Documents and determined all factors
that may affect the cost, duration and/or performance of the WORK, the
undersigned bidder hereby submits a total lump sum price to perform and complete
the WORK, in the amount of:
*
Saudi Riyals: (In Words)
SR (In Figures)
DISCOUNT (If Any)
Total Discounted Bid Price:
Saudi Riyals: (In Words)
SR (In Figures)
Name in Print & Signature of Bidder
BF -1
June 2007 Replaces: January 2006
CD 014 B (TK/LS) * Denotes Change ** Denotes Addition
..
Saudi Electricity Company
2.2 The lump sum prices indicated above include, but are not limited to, compensation
for all applicable taxes, fees of any kind, customs duties, insurances including Saudi
Arab social insurance, fees, mobilization and demobilization, catering and
accommodations, transportations to and from the WORK SITE, all overheads and
profits, and all other direct and indirect costs incurred or to be incurred by the
undersigned bidder.
') 1 Em DULOoses.. _oLiu.Y:oiciulL.tbe.Jumnsllm__micesjndicated ..in.aragranh_2.1.. nf .this
Bid are broken down as per Pricing Attachments I, II, III, IV, V, VI, VII and VIII
hereto, which reflect the actual cost of all items listed in these Pricing Attachments.
2.4 COMPANY reserves the right to verify the value of Engineering and Design WORK
to be within reasonable percentage and may, if necessary, request CONTRACTOR
to redistribute the percentages. CONTRACTOR shall abide by such request.
2.5 The lump sum prices indicated in Paragraph 2.1 of this Bid and broken down as per
Pricing Attachments I, II, III, IV, V, VI, VII and VIII are not subject to escalation for
any reason whatsoever.
3. VALIDITY
This Bid shall remain valid for a period of one hundred and twenty (120) calendar
days following the Bid Commercial Closing Date.
4. ADDENDA
The following Addenda to the Bid Documents were received by the undersigned bidder
and considered in the preparation of this bid:
Addenda No. Date Received
Name in Print & Signature of Bidder
BF-2
June 2007 Replaces: January 2006
CD 014 B (TK/LS) * Denotes Change ** Denotes Addition

'\.
Saudi Electricity Company
5. CONFLICT OF INTEREST
The undersigned Bidder acknowledges having read paragraph (2.11) "Conflict of Interest"
of the General Terms and Conditions (Schedule "A") and paragraph 10 "Conflict of
Interest" of the Instructions to Bidders for Commercial Proposal, and that no conflict of
interest exists with the Saudi Electricity Company as per the above paragraphs, and shall
avoid those situations where the bidder's interests conflict with those of the Saudi
Electricity Company, and shall notify the Saudi Electricity Company in writing
bidder shall bear all consequences arising from a breach of the terms of the contract and
shall compensate Company for damages, losses and additional costs incurred as a result of
that breach.
6. SCOPE AND COMPLIANCE
This Bid includes all the work and services required to perform the WORK. Having been
properly represented during the Job Explanation Meeting and having investigated the
WORK SITE and examined in their entireties the Instructions to Bidders, Proforma
Contract, Scope of Work, Drawings, Technical Specifications and all documents referred
to therein, the undersigned bidder offers to:
Design, engineer, procure, supply and deliver all equipment and materials to
WORK SITE, construct, install, test and commission and put into service the 380kV
Overhead Transmission Line for Oassim - 4
strictly in accordance with the said Bid Documents, all for the lump sum prices indicated
in Paragraph 2 of this Bid. The undersigned confirms having read both the above
affidavits, and that there are no conditional terms or exceptions contained elsewhere in
this Bid.
Name in Print & Signature of Bidder
Contractor Name CONTRACTOR SEAL
Authorized Signature
Name
Position
Date
BF-3
July 2009 Replaces: June 2007
CD 014 B (TK/LS) * Denotes Change ** Denotes Addition

Saudi Electricity Company
BID FORM CONTRACT NO. 11031147/00
PRICING ATTACHMENT "I"
LUMP SUM CONTRACT PRICE BREAKDOWN
ITEM
NO.
PRICE COMPONENT
---- -- - ---
- -
AMOUNT
(Saudi Riyals)
1.
Engineering and Design
(Pricing Attachment "11")
2.
Materials and Equipment
(Pricing Attachment "111")
3.
Installation
(Pricing Attachment IIV")
4.
Testing and Commissioning
(Pricing Attachment "V")
5.
Operational Spare Parts
(Pricing Attachment "VI")
6.
7.
Special Tools & Test Equipment
(Pricing Attachment "VII")
Training of Company Personnel
(Pricing Attachment "VIII")
Not Required in
this CONTRACT
Not Required in
this CONTRACT
TOTAL LUMP SUM CONTRACT PRICE
End of Bid Form, Pricing Attachment "I"
Name in Print and Signature of Bidder
BF-PA-I-l

Saudi Electricity
BID FORM CONTRACT NO. 11031147/00
PRICING ATTACHMENT "II"
ENGINEERING AND DESIGN PRICE COMPONENT
ITEM
AMOUNT
NO.
ITEM DESCRIPTION
(Saudi Riyals)
1. Base Design
2. Final Design
TOTAL PRICE FOR ENGINEEERING AND DESIGN
End of Bid Form, Pricing Attachment "11"
Name in Print and Signature of Bidder
BF-PA-II-l

Saudi Electricity Company
BID FORM
PRICING ATTACHMENT "III"
CONTRACT NO. 11031147/00
MATERIAL AND EQUIPMENT PRICE COMPONENT
(Material/Equipment Items Delivered to CONTRACTOR's Marshalling Yard(s) Nearest to the WORK SITE in
Saudi Arabia)
l a L
NO.
1.
2.
ITEM DESCRIPTION
Stub Angles (380kV TIL)
1.1 SiN
1.2 TA2N
1.3 TA3N
1.4 DE
Latticed Steel Towers (Including
Accessori es)
2.1 SiN
2.2 TA2N
2.3 TA3N
2.4 DE
UNIT
Set
Set
Set
Set
Set
Set
Set
Set
(Saudi Riyals) (Saudi Riyals)
Four (4) 795kcmil ACSR "condor"
3. conductors per phase in square KM
configuration
4.
5.
Two (2) 48-Core Non-Zero dispersion
shifted single mode Optical Overhead
Ground Wire (OPGW) including Hardware
& accessories
Underground Non-Metallic Fiber Optic
Cables (UjG NFOC)
KM
KM
Optical Fiber Cable Joint Boxes, 4-Way
6. including necessary hardwares and
accessories
6.1 OPGW-OPGW
6.2 OPGW-UjG I\IMFOC
6.3 UjG NIVIFOC-UjG NMFOC
7. Optical Fiber Management Rack
Each
Each
Each
Each
BF-PA-III-l
Name in Print and Signature of Bidder

Saudi Electricity Company
BID FORM CONTRACT NO. 11031147tOO
PRICING ATTACHMENT "III"
MATERIAL AND EOUIPMENT PRICE COMPONENT
(Material/Equipment Items Delivered to CONTRACTOR's Marshalling Yard(s) Nearest to the WORK SITE in
Saudi Arabia)
I
1 ....I .. ............ <II"!'IlL --=.!-__I
NO.
ITEM DESCRIPTION UNIT QTY
(Saudi Riyals) (Saudi Riyals)
8.
Porcelain or Glass Aero Form suspension
type insulators String Assembly
including Hardware & accessiories
9.
10.
8.1 SlN
8.2 TA2N
8.3 TA3N
8.4 DE
Armor Grip Suspension (AGS) Units
Grounding Materials including, but not
limited to, Groundwire, Rods &
connectors - complete
Set/Tower
Set/Tower
Set/Tower
Set/Tower
Each
Lot 1
11.
Compression Deadend
Suspension Clamps and
conductor and OPGW
Clamps
fittings
/
for Lot 1
12.
Counterweights for conductors
loop insulator idler strings
jumper
Each
13. Anti-climbing Device Lot 1
14. Spacer Dampers for Main Conductor Each
15. Vibration Dampers for Shield Wires Each
16. Structure Identification & Warning Signs Each
17. Crash Barrier for Towers Lot 1
18. Warning Lights Lot 1
19. Others (CONTRACTOR to specify):
19.1
19.2
19.3
BF-PA-III-2
Name in Print and Signature of Bidder

Você também pode gostar